- Scope of the procurement
- Lot 1. Gateway workshops
- Lot 2. General - Multi-disciplinary
- Lot 3. Financial Planning & Accessing Finance
- Lot 4. Social enterprise and CICs
- Lot 5. Digital - Supporting businesses to get online
- Lot 6. Digital - Implementation of systems
- Lot 7. Operational effectiveness
- Lot 8. Sales and Marketing
- Lot 9. Energy Efficiency and Sustainability
Section one: Contracting authority
one.1) Name and addresses
Telford & Wrekin Council
Darby House, Lawn Central
Telford
TF3 4JA
Telephone
+44 7794032940
Country
United Kingdom
Region code
UKG21 - Telford and Wrekin
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-title/87V79QW4N9
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Business Support Consultancy Panel
two.1.2) Main CPV code
- 79410000 - Business and management consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The proposed programme of support (1:1 and 1:many) funded via the UK Shared Prosperity Fund and the Department of Business, Innovation and Skills, will continue to build on the work of 3 successful BEIS funded 121 programmes and past ‘Growth Hub Guru’ workshop programmes.
It is the Council’s intention to establish a panel of consultants who will deliver 121 specialist support to a wide range of trading businesses from new start ups through to those with growth aspirations.
The scheme will run from mid June 2023 to complete by March 2025
The 1:1 consultancy support will be fully funded to participating SME businesses and will aim to support businesses with the delivery of their aspirations through practical support. However, there will be two other support focuses namely increasing business resilience and to support productivity improvements.
two.1.5) Estimated total value
Value excluding VAT: £165,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Gateway workshops
Lot No
1
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UKG21 - Telford and Wrekin
Main site or place of performance
Telford and Wrekin
two.2.4) Description of the procurement
It is intended that “hot” topics or other pertinent issues will be identified and small events or workshops will be held that focus on the subject matter.
These workshops will be delivered mainly online due to not having a designated events space for in person workshops. However opportunities may arise for in person workshops if event space becomes available at no charge.
They will act as a gateway to further support from the Team – whether that be from the 121 consultancy programme or anything else that may be relevant.
There will be an expectation that approved panel members will work with the Invest Telford team when requested, to identify topics for workshops based on known demand from businesses.
Workshops are charged by the hour (hourly rate is £125) invoices will include costs for delivery time and in certain circumstances ‘prep time’ – prep time is defined as the creation of a new workshop topic at the request of the event organiser or the significant amendment of an existing workshop topic. The inclusion of prep time is at the agreement of the Project Manager.
When the workshop is delivered virtually it takes the following format;
•Maximum length for an online workshop is 2 hours
•Course materials/presentations must be provided by consultants
•If you decide that the workshop would be supported by the provision of handouts/accompanying documents – then this is included in the core delivery time cost and cannot be paid for separately or in addition to.
•The consultant will host the workshop via their chosen platform and provide the joining instructions to the event organiser so they can be sent out to attendees the day before the event is scheduled.
•The event organiser will attend the beginning of workshops to welcome and promote Invest Telford business services.
•Feedback forms will be issues via email by the event organiser
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £30,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
22
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
There is no guarantee of the volume of work, or if call-off contracts will be awarded for any or all Lots, during the lifetime of the DPS
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/87V79QW4N9
two.2) Description
two.2.1) Title
General - Multi-disciplinary
Lot No
2
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UKG21 - Telford and Wrekin
Main site or place of performance
Telford and Wrekin
two.2.4) Description of the procurement
Description of procurement: This category is in place for businesses who have expressed a desire to grow or improve their practices but do not neatly fit into a specific support specialism.
Therefore consultants applying to deliver this Lot will need to have a wide ranging knowledge across all areas of the business and do a level of diagnostic work to see what is needed.
Support Activities could therefore include business planning, high level financial planning (non accountancy accredited) e.g. looking at pricing, existing financial forecasts and budget. As well as sales and marketing strategy and other operational areas of the business.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £16,875
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
22
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
There is no guarantee of the volume of work, or if call-off contracts will be awarded for any or all Lots, during the lifetime of the DPS
II.2.6) Estimated value - this is an estimate because how we spend the funding between Lots 2-9 will be dictated by demand
two.2) Description
two.2.1) Title
Financial Planning & Accessing Finance
Lot No
3
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UKG21 - Telford and Wrekin
Main site or place of performance
Telford and Wrekin
two.2.4) Description of the procurement
Financial planning support provided under this Lot would be from certified Accountants to offer specialist financial advice and guidance on detailed forecasting and budgeting.
Accessing finance advice and guidance can be provided by any consultant or broker that can demonstrate expertise and knowledge in this area as part of the process. As well as other finance options they will need to understand the grants that are available locally and refer these to Invest Telford Team where appropriate.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £16,875
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
22
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
There is no guarantee of the volume of work, or if call-off contracts will be awarded for any or all Lots, during the lifetime of the DPS
II.2.6) Estimated value - this is an estimate because how we spend the funding between Lots 2-9 will be dictated by demand
two.2) Description
two.2.1) Title
Social enterprise and CICs
Lot No
4
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UKG21 - Telford and Wrekin
Main site or place of performance
Telford and Wrekin
two.2.4) Description of the procurement
Consultant that specialises in Social Enterprises and CICs – support could include;
a.Providing advice and guidance to an existing trading business that wants to set up as a Social Enterprise or CIC
b.Providing guidance on sources of finance open to Social Enterprises and CICs
c.Helping business owners understand more about what it means to be a social business.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £16,875
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
22
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
There is no guarantee of the volume of work, or if call-off contracts will be awarded for any or all Lots, during the lifetime of the DPS
II.2.6) Estimated value - this is an estimate because how we spend the funding between Lots 2-9 will be dictated by demand
two.2) Description
two.2.1) Title
Digital - Supporting businesses to get online
Lot No
5
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UKG21 - Telford and Wrekin
Main site or place of performance
Telford and Wrekin
two.2.4) Description of the procurement
a.Advice and guidance on the creation of new websites or improvement of existing
b.Digital marketing and social media
c.Advice on the creation of apps or similar
d.Advice on staying safe online - cyber security
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £16,875
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
22
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
There is no guarantee of the volume of work, or if call-off contracts will be awarded for any or all Lots, during the lifetime of the DPS
II.2.6) Estimated value - this is an estimate because how we spend the funding between Lots 2-9 will be dictated by demand
two.2) Description
two.2.1) Title
Digital - Implementation of systems
Lot No
6
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UKG21 - Telford and Wrekin
Main site or place of performance
Telford and Wrekin
two.2.4) Description of the procurement
a.Advice and guidance on implementing CRMS, new stock control systems or other relevant digital systems
b.Advice on moving towards systems certifications
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £16,875
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
22
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
There is no guarantee of the volume of work, or if call-off contracts will be awarded for any or all Lots, during the lifetime of the DPS
II.2.6) Estimated value - this is an estimate because how we spend the funding between Lots 2-9 will be dictated by demand
two.2) Description
two.2.1) Title
Operational effectiveness
Lot No
7
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UKG21 - Telford and Wrekin
Main site or place of performance
Telford and Wrekin
two.2.4) Description of the procurement
Advice and guidance on the implementation of relevant new processes and systems to increase efficiency and effectiveness.
This activity may specifically support effective Supply Chain Management for example when the new process and systems relate to the flow of goods, data, and finances related to a product or service, from the procurement of raw materials to the delivery of the product at its final destination.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £16,875
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
22
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
There is no guarantee of the volume of work, or if call-off contracts will be awarded for any or all Lots, during the lifetime of the DPS
II.2.6) Estimated value - this is an estimate because how we spend the funding between Lots 2-9 will be dictated by demand
two.2) Description
two.2.1) Title
Sales and Marketing
Lot No
8
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UKG21 - Telford and Wrekin
Main site or place of performance
Telford and Wrekin
two.2.4) Description of the procurement
a.Advice and guidance on improved sales techniques to increase turnover
b.Advice and guidance on marketing practices
c.Creation of sales and marketing strategies
Please note that all activities delivered through this Lot must upskill the business owner and isn’t hours of time to deliver specific marketing work or campaigns.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £16,875
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
22
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
There is no guarantee of the volume of work, or if call-off contracts will be awarded for any or all Lots, during the lifetime of the DPS
II.2.6) Estimated value - this is an estimate because how we spend the funding between Lots 2-9 will be dictated by demand
two.2) Description
two.2.1) Title
Energy Efficiency and Sustainability
Lot No
9
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UKG21 - Telford and Wrekin
Main site or place of performance
Telford and Wrekin
two.2.4) Description of the procurement
Helping businesses reduce their environmental impact and work towards being carbon neutral;
Specific activities could include;
a.Guidance to understand environmental legal obligations.
b.Provision of an environmental action plan consisting of short and long-term goals
c.Analysis of the initial environmental action plan and research further optional solutions (guidance, funding, other support channels).
d.1-2-1 support on how to get started with the environmental action plan.
e.A carbon foot printing advisory session could be included if the businesses wanted to calculate this.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £16,875
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
22
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
There is no guarantee of the volume of work, or if call-off contracts will be awarded for any or all Lots, during the lifetime of the DPS
II.2.6) Estimated value - this is an estimate because how we spend the funding between Lots 2-9 will be dictated by demand
Section three. Legal, economic, financial and technical information
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
During the application process for the 1:1 consultancy support, the business will be asked to identify outcomes from the list below, which are “outcome targets” for the programme that the project they are looking to undertake can contribute. These will be tracked and reviewed from the CRM system.
OutcomeProgramme Target
Jobs Created98
Jobs Safeguarded58
No. of new businesses created – none applicable40
Number of businesses introducing new products to the firm10
Number of businesses adopting new to the firm technologies of processes51
Number of businesses with improved productivity81
Number of businesses engaged in new markets20
The application process will also seek to identify other outcomes that will be bespoke to the business as a consequence of the support such as improved ability to plan strategically to more effectively market their business, increasing revenue, upskilled staff or owner etc.
Businesses will then be followed up after completion of the project to report on and supply evidence of a changed state that has been delivered via the support.
This will enable impact analysis to be completed and measurements from the baseline position.
Similarly, other evidence of the interaction will be captured such as reports, photographs etc, this will be a key component of the UK SPF audit trail.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
The procurement involves the setting up of a dynamic purchasing system
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 March 2025
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The funding is from the UK Shared Prosperity Fund:
UK Shared Prosperity Fund (UKSPF), succeeds the old EU structural funds. This money will go straight to local places right across England, Scotland, Wales and Northern Ireland to invest in three local priorities; communities and place, support for local businesses and people and skills.
And the Government Department called Department for Business, Energy and Industrial Strategy.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Telford:-Business-and-management-consultancy-services./87V79QW4N9" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Telford:-Business-and-management-consultancy-services./87V79QW4N9
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/87V79QW4N9" target="_blank">https://www.delta-esourcing.com/respond/87V79QW4N9
GO Reference: GO-2023510-PRO-22932943
six.4) Procedures for review
six.4.1) Review body
Telford & Wrekin Council
Darby House, Lawn Central
Telford
TF3 4JA
Telephone
+44 1952383998
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Telford & Wrekin Council
Darby House, Lawn Central
Telford
TF3 4JA
Telephone
+44 1952383998
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Telford & Wrekin Council
Darby House, Lawn Central
Telford
TF3 4LF
Telephone
+44 1952383998
Country
United Kingdom